Aerospace AS 9100/9110 Audit
ID: W911N2-25-Q-0023Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK LAD CONTR OFFCHAMBERSBURG, PA, 17201-4150, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- MANAGEMENT: AUDITING (R704)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Contracting Command, is seeking qualified contractors to perform Aerospace AS 9100/9110 audits at the Letterkenny Munitions Center in Chambersburg, Pennsylvania. The procurement requires contractors to provide all necessary labor, materials, services, and equipment to conduct these certification audits, ensuring compliance with established aerospace quality management standards. This opportunity is critical for maintaining high-quality audits essential for various missile programs managed by the center, promoting adherence to industry standards while also encouraging participation from small businesses through socio-economic programs. Interested parties must submit their proposals by August 11, 2025, and can contact Jeffrey Morton at jeffrey.l.morton2.civ@army.mil or by phone at 717-267-8036 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Army Contracting Enterprise (ACE) is transitioning to a new contract writing system, the Army Contract Writing System (ACWS), affecting solicitation processes. Offerors are informed that different contract writing systems may be used for managing offers, implying variations in submission instructions and document appearances. They are urged to review all solicitation documents carefully for important information, notify contracting officers of discrepancies, and ensure all fill-in clauses are completed consistently across documents. Any unintentional errors identified during the system transition can be amended at no cost to the contractor through bilateral modification. Additionally, in case of technical disruptions, alternative fund obligation mechanisms may be employed, using the latest solicitation as a contractual framework until regular systems are restored. The document underscores the importance of diligent review and communication during this transition phase to avoid issues in award eligibility and contract performance.
    The Performance Work Statement (PWS) outlines the requirements for AS9100 and AS9110 certification services at the Letterkenny Munitions Center (LEMC). The contractor must provide all personnel, equipment, and materials necessary for auditing compliance with the specified quality management standards, recognized by the IAQG. The scope includes a base performance period of 12 months with four optional additional years, all to be conducted during specified work hours, excluding federal holidays. Key responsibilities include conducting surveillance and registration audits, submitting an audit plan and reports, ensuring effective quality control measures, maintaining a stable workforce, and adhering to security protocols. The contractor must demonstrate appropriate accreditation and training requirements for auditors and deliver results promptly, including certificates within 30 days post-audit when no corrective actions are necessary. This document serves as a guiding framework for the government’s expectations, emphasizing thorough compliance to quality management standards, and ensuring uninterrupted performance in audits and surveillance for various missile programs managed by LEMC.
    The document outlines a Request for Proposal (RFP) for the certification audits of aerospace standards AS9100 and AS9110, issued by the U.S. Army Contracting Command. The RFP seeks qualified contractors to provide labor, materials, services, and equipment to perform these audits at the Letterkenny Munitions Center. The submission deadline for offers is August 11, 2025, and the scope includes the requirement for the contractor to have experience with the relevant quality management systems and to provide a structured approach to fulfilling the project requirements as outlined in the Performance Work Statement (PWS). Proposals will be evaluated based on technical merit and price, with strict criteria including proof of certification from recognized bodies and familiarity with the Online Aerospace Supplier Information System (OASIS). Delivery is required to commence from December 15, 2025, to December 14, 2030, across multiple years for various audit sessions. The contract includes clauses related to competition and representation for small businesses, including provisions for socio-economic programs like the 8(a) and HUBZone certifications. This document reflects the government's commitment to ensuring high-quality audits in compliance with established aerospace standards while promoting small business participation in federal contracts.
    This document outlines the requirements and procedures for offerors responding to a federal solicitation. Key points include the necessity for registration in the System for Award Management (SAM) to be eligible for contract awards, including the completion of electronic annual representations and certifications. Offerors must submit their best prices initially as the government plans to award contracts without discussions. All amendments to the solicitation must be signed and submitted, and payments will be processed through Electronic Funds Transfer via Wide Area Work Flow (WAWF). Proposals should maintain fixed pricing for sixty days, and unless otherwise stated, prices will be based on FOB Destination terms. A Technical Point of Contact will be provided upon contract award, and the document incorporates specific wage determination information. Overall, the purpose is to ensure compliance and clarity in the proposal process for potential contractors in federal settings.
    Letterkenny Army Depot plans to issue a firm-fixed price service contract for auditing the certification sustainment of Aerospace AS9100D / AS9110C Standards. The contract will include a base period of 12 months and four optional 12-month extensions, with the solicitation number W911N2-25-Q-0023 expected to be released around April 22, 2025, and closing around May 7, 2025. This procurement is classified as unrestricted and falls under the NAICS code 541611 for administrative management consulting, with a size standard of $24.5 million. All proposals will be accepted from interested parties, who must be registered with the System for Award Management (SAM) to qualify for government contract awards. The final solicitation will be available for download at https://sam.gov. Questions regarding this synopsis can be directed to the contact at the provided email address. This notification serves purely for informational purposes and does not obligate the government.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Pre-notice of forth coming solicitation
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for the construction of a non-standard, mission-specific Guided Missile Radar Antenna Maintenance Facility at Letterkenny Army Depot, Pennsylvania. This facility, approximately 4,928 square feet, will include an anechoic chamber, administrative and support spaces, and various systems such as fire protection, intrusion detection, and sustainable design features. The project is significant for enhancing military capabilities and ensuring compliance with Department of Defense standards, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the solicitation is anticipated to be released on July 21, 2025, and can contact Tonja Dreke at tonja.j.dreke@usace.army.mil or Jeffrey Johnson at jeffrey.c.johnson@usace.army.mil for further information.
    Vertical storage unit repair and maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide repair and maintenance services for vertical storage units at the Letterkenny Army Depot in Chambersburg, Pennsylvania. The procurement includes a three-year contract for annual preventative maintenance and repair of seventeen vertical carousels and twenty-four vertical lift modules, with a total estimated value of $12,500,000. This contract is critical for ensuring the operational efficiency and longevity of the storage systems, adhering to OEM recommendations and safety standards. Interested parties must submit their quotes by December 9, 2025, and can contact Michael Pitone at michael.f.pitone.civ@army.mil or Lawrence Mark at lawrence.r.mark2.civ@army.mil for further details.
    16--AFMC, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of aircraft parts under the contract titled "16--AFMC, IN REPAIR/MODIFICATION OF." The procurement aims to establish a contractor capable of performing comprehensive repair, testing, and inspection of specified aircraft components, ensuring they meet operational readiness standards. This opportunity is critical for maintaining the functionality and reliability of military aircraft, thereby supporting national defense operations. Interested contractors should contact Peter A. Kobryn at 215-697-4313 or via email at PETER.A.KOBRYN.CIV@US.NAVY.MIL for further details, with a required delivery turnaround time for units set by January 3, 2028.
    Fall Protection Certification Services
    Buyer not available
    The Department of Defense, through the Air Force Test Center, is seeking proposals for Fall Protection Certification Services at Edwards Air Force Base, California. The contract requires comprehensive services including inspection, certification, and training for fall protection systems, with a focus on ensuring compliance with safety standards and regulations. This procurement is particularly significant as it supports the safety protocols necessary for operations at the base, emphasizing the importance of maintaining high safety standards in potentially hazardous environments. The estimated total award amount is $11,500,000, with a performance period from January 1, 2026, to December 31, 2030. Interested parties, particularly Women-Owned Small Businesses, must submit their proposals by December 15, 2025, and can direct inquiries to Suzanna Kussman at suzanna.kussman@us.af.mil or Alexia Del Real at alexia.delreal@us.af.mil.
    Cat 5 Cable and Elec Cable
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking quotations for the procurement of electrical cables, including 500 units of Category 5 cable and additional electrical cable, for the Letterkenny Army Depot in Chambersburg, Pennsylvania. This requirement is set aside exclusively for small businesses under NAICS code 335929, and the award will be based on the best value to the Government, considering factors such as price, lead time, and compliance with specified part numbers. All items must be new, and quotations are due by 3:00 PM ET on Tuesday, December 9, 2025. Interested vendors must be registered in the System for Award Management (SAM) and are encouraged to submit their best prices initially, as the Government intends to award without discussions. For further inquiries, contact Natalie A. Carmack at natalie.a.carmack2.civ@army.mil or by phone at 717-267-8038.
    PANEL,FLIGHT CONTRO
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting offers for the procurement of flight control panels. The contract requires compliance with higher-level quality standards, specifically ISO 9000 or equivalent, and emphasizes the importance of sourcing from government-approved suppliers, as offers from unapproved sources will be deemed technically unacceptable. These flight control panels are critical components for aeronautical systems, underscoring their significance in ensuring operational safety and effectiveness. Interested vendors should submit their proposals electronically to Joniayah McKinney at JONIYAH.MCKINNEY@DLA.MIL, with a delivery timeline of 612 days from the date of order, and are advised to review the solicitation for additional requirements and clauses.
    CONTROLLABLE SEARCH
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of controllable search items under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The procurement emphasizes compliance with various quality requirements, including AS/EN/JISQ 9100 or equivalent standards, and includes specific clauses related to warranty, equal opportunity for veterans and workers with disabilities, and Buy American provisions. This solicitation is critical for maintaining the operational readiness of defense logistics and is issued under urgent circumstances, waiving the synopsis requirement. Interested vendors should direct inquiries to Gina Palumbo at 267-660-8638 or via email at GINA.PALUMBO@DLA.MIL for further details and submission guidelines.
    KITE TERMINAL CONSO
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the repair of KITE TERMINAL CONSO units, which are critical components in military operations. The procurement involves the repair and quality assurance of these units, adhering to strict military standards and specifications, including the requirement for mercury-free materials due to their use on submarines and surface ships. Interested contractors must submit their proposals by 4:30 PM EST on November 17, 2025, and should direct inquiries to Jocelyne Dzonang Fouego at 717-605-2982 or via email at jocelyne.dzonangfoueigo.civ@us.navy.mil.
    Financial Management - Financial Improvement Audit Remediation (FIAR)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for multiple award Blanket Purchase Agreements (BPAs) under the Financial Management - Financial Improvement Audit Remediation (FIAR) program. The objective of this procurement is to achieve and sustain an unmodified (clean) audit opinion for the Department of the Air Force by FY2027-2028, which includes comprehensive audit remediation services and support for financial reporting, asset reporting, and data analytics. This initiative is critical for enhancing the financial management capabilities of the Air Force and ensuring compliance with federal financial standards. Interested offerors must demonstrate a TOP SECRET Facility Clearance and submit proposals by December 19, 2025, with further details available from primary contact Christian Mancha at christian.mancha@us.af.mil.
    Quality Assurance Quality Control
    Buyer not available
    The Department of Veterans Affairs is seeking to procure Quality Assurance and Quality Control (QAQC) services through a federal contract valued at $4,997,532. This procurement is justified under FAR 6.302-5, which allows for actions authorized or required by statute, indicating the critical nature of the services being sought. The QAQC services are essential for ensuring compliance and quality in various programs managed by the department, particularly in the context of supporting veterans' services. Interested parties can reach out to Alanna Wilson at Alanna.Wilson@va.gov or by phone at 240-215-1633 for further details regarding this opportunity.